SOURCES SOUGHT
D -- MCCS Cloud Computing Initiative - SOURCES SOUGHT
- Notice Date
- 12/14/2017
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of the Navy, United States Marine Corps, MCCS HQMC, Personal and Family Readiness Division (MR), Personal and Family Readiness Division (MRB), 3044 Catlin Avenue, Quantico, Virginia, 22134-5099, United States
- ZIP Code
- 22134-5099
- Solicitation Number
- H0117-I-0006
- Archive Date
- 1/13/2018
- Point of Contact
- Aurea I Torres Jones, Phone: 7037843804
- E-Mail Address
-
aureairis.torresjones@usmc-mccs.org
(aureairis.torresjones@usmc-mccs.org)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT WITH REQUIREMENTS SYNOPSIS Marine Corps Community Services (MCCS) Cloud Service and Systems Engineering Support Sources Sought Notification This Sources Sought/Request for Information (RFI) is being issued in accordance with Marine Corps Order (MCO) 7010.20 Chapter Three - Procurement Planning. It is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation the on the part of the Marine Corps Community Services. The purpose of this RFI is to help the MCCS understand the industry best practices and technical solutions capable of providing the full range of requirements described in this RFI. MCCS will use this market research information to assess the market's capability to successfully meet the MCCS's Cloud Computing requirements. Sources Sought Another purpose of this Sources Sought Notice/RFI is to determine the availability and capability of qualified business. MCCS welcomes responses from all interested parties. Sources Sought Response Requirements Responses to this notice shall be limited to ten pages (excluding marketing literature and/or technical data sheets and/or resumes) and must include: 1. A capability statement in response to each of the individual Requirements Synopsis included below. 2. Description of the company's past performance and experience with implementation of this type of software that is of a similar scope and size. Also include detailed information (Government or commercial entity, contract/purchase amount, etc.) relating to each of the past performance descriptions. 3. Responses to the following questions: a. Does your company have any suggestions regarding MCCS's requirements? b. Any other comments regarding this potential acquisition? c. Can your company provide all the services outlined in the Requirements Synopsis? If not, then what portion can your company provide? 4. Organization name, telephone number and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 5. Commercial pricing list(s) or other pricing information, if applicable and available. 6. Customary practices, including warranties, discounts, and contract type(s) under which commercial sales of the products or services are made, if applicable and available. 7. DUNS number, CAGE code, and company structure (corporation, LLC, partnership, joint venture, etc.). 8. Written confirmation of registration in SAM (www.sam.gov). Offerors should be registered to be considered as a source. 9. Please provide the size classification of your business under the appropriate NAICS code. If you are classified as a small business, HUBZone small business, Service Disabled Veteran Owned small business, Woman-owned small business and/or 8(a) certified small business, please provide a detailed capability statement, focusing on your firm's proven ability to provide the range of requirements. 10. Please demonstrate your firm's capability to meet the requirements. 11. Identification of any Government contractual vehicles available for use for this requirement, such as GSA Federal Supply Schedule contract numbers and GWACs by agency and contract numbers, if applicable. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the MCCS's review of the information received. Additionally, the MCCS does not intend to hold discussions concerning this RFI with any interested parties. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. However, MCCS reserves the right to contact one or more of the respondents if additional information is required or to request demonstrations. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation if issued. This announcement is Government market research and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Any questions regarding this notice must be submitted in writing to Iris Torres Jones at aureairis.torrejones@usmc-mccs.org. Respondents must submit a capability statement and response requirements to Iris Torres Jones at aureairis.torrejones@usmc-mccs.org no later than the specified due date and time indicated on the Government Point of Entry (GPE) for consideration.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c6e9fbdeb9b370eb9a476976331e5731)
- Place of Performance
- Address: HEADQUARTERS U.S. MARINE CORPS, ATTN: IRIS TORRES JONES, BUSINESS AND SUPPORT SERVICES DIVISION (MR), 3044 Catlin Avenue, Quantico, VA 22134, Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN04767659-W 20171216/171214231530-c6e9fbdeb9b370eb9a476976331e5731 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |